Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 14, 2007 FBO #2026
SOLICITATION NOTICE

T -- USAF Band Audio and Video Services for 60th Anniversary at the Music Center at Strathmore

Notice Date
6/12/2007
 
Notice Type
Solicitation Notice
 
NAICS
512110 — Motion Picture and Video Production
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 11th CONS, 110 Luke Avenue (Bldg 5681) Suite 200, Bolling AFB, DC, 20032-0305, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Fa7012-07-T-0025
 
Response Due
6/19/2007
 
Archive Date
7/4/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Proposal (RFP) No, FA7012-07-T-0025. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-17. This is set aside for 100% small business. The North American Industry Classification System code (NAICS) is 512110, with a size standard of $27.0 million. CONTRACT LINE ITEM: 0001: NON-PERSONAL SERVICES for VIDEO SERVICES for USAF 60th Strathmore Event. QTY: 1 each, UNIT Price: $______________, Extended Price: $____________. CONTRACT LINE ITEM: 0002: NON-PERSONAL SERVICES for AUDIO SERVICES for USAF 60th Strathmore Event. QTY: 1 each, UNIT Price: $______________, Extended Price: $____________. 1. DESCRIPTION OF NON-PERSONAL SERVICES The contractor shall provide all personnel, equipment, tools, materials, supervision, transportation, and other services necessary to perform the audio and video services of a USAF Band musical broadcast. This is a taped event for later broadcast. This Statement of Work is two parts. The first is the taping , the second is the post-production. The rehearsals take place on 29JUN07 and two tapings shall occur on 30JUN07. The show shall be performed at The Music Center at Strathmore, 5301 Tuckerman Lane North Bethesda, MD 20852. The audio and video shall be captured by dedicated trucks to be provided by the USAF. The vendor shall receive time code for post production from the USAF. The vendor shall generate time code to be sent to the audio truck for post production. The vendor shall also provide the editing facilities to edit the footage to a 90 minute product for broadcast. The vendor shall provide the finished masters in DigtalBeta format. 1.1 DESCRIPTION OF SERVICES Vendor shall provide appropriate number of trained persons and industry standard professional equipment (see suggested list below) necessary to accomplish all numbered items listed in the Statement of Work. Any substitution of gear must be approved in writing by the USAF Band Producer. The vendor shall provide examples of work for both video and audio. Video examples should represent the vendors ability to shoot and edit a live musical production. Acceptable formats are DVD, DigiBeta and BetaSP. Audio examples should represent the vendors ability to record a live musical production. Acceptable format is Compact Disc. 2.0 VIDEO EQUIPMENT 2.1 Vendor shall provide the following industry standard professional broadcast quality equipment or equal (see suggested list below). This taping of a concert requires a broadcast quality mobile production truck with adequate space for a director and his/her team therefore an expand-type truck is preferred. This production requires 6 full-up and 3 handheld cameras. Six Digital Beta VTRs and two VHS?s or DVD recorders to record quad splits with time code is required. This production does not require and CG, digital effects, or slo-mo/replay equipment. Audio shall receive a mix from a separate Audio Production Truck. 2.2 Video Production Truck 2.21 Video Production to consist of the following: 1-50 foot by 8 foot 6 inch(12 foot 6 inch extended Production truck 1-Grass Valley 4000T, 64 input switcher with three M/E?s 1-PESA Tiger 96 x 64 VAA Routing Switcher 1-Abekas DVE Dual Twin DVE with CPL control 5-Wohler 6 channel listen stations 2.22 Video Camera?s Systems to include the following: 12- Sony CCU-700 CCUS 6- Sony BVP-900 Hard Cameras 3- Sony BVP-950 Hand Held Cameras 5- Canon 70:1 Semi Servo Zoom Lens 3- Canon 86:1 Semi Servo Zoom Lens 4- Canon 20:1 HH Zoom Lens 1- Studio Kit for Hand Held Camera 8- Vinten Vector 70 Pan Heads with Matthews Tripods 4- Vision 100 Pan Heads with Tripods 2.23 Video Playback and Record Decks to include the following: 6- Sony DVW-A500 Digibeta VTR 2- Sony BVW-D75 Beta SP VTR 1- Lance Slo Mo Controller HSE 200 5- Lance Slo Mo Controller HSE 100 1- Tektronix PDR-204 Profile Disc Recorder 4-channel JPEG LVS Software & Controller LANCE TDC-100 TD Controller 2- EVS XT Live Slo-Motion System 6 Channel operator configurable 1 EVS X-Files 1 VHS Recorder 1 DVD Recorder 2.24 Tape stock may vary. Vendor shall provide all necessary. 2.25 Audio systems shall consist of the following: 1 - Calrec S2 60 Fader Audio Console 2 - Digicart II with 150mb Bernoulli, Zip and D-NET 1 - Denon DNC-635 CD/MP3 Disc Player 40 - PESA Mono Audio Distribution Amplifiers 1 - Tektronix 760 Phase Scope 1 - Rane AVA-22 Audio Delay 1 - Orban Stereo Synthesizer 1 - Yamaha SPX-90 Audio Processor 6 - DBX 160 Limiters 1 - DBX 900 Frame with 6-903s 4 - RTS 1400 Line Amps 5 - Shure FP-11 Line Amps 4 - Shure FP-22 Headphone Amps 2 - Shure M-267 Mixer 4 - Fostek Powered Speakers 2.26 Communications to include the following: Equipment to interface with Strathmore?s house system 1 - Telex ADAM Matrix Intercom 80 square matrix TIF - Telephone Interface (2 lines) 12 Wet RTS TW PL Channels 12 IFB Channels 15 - RTS IFB Beltpacks 20 - RTS BP-325 Dual Listen Beltpacks 5 - RTS SPK-300 Biscuit Box User Stations 20 - Beyer DT-108 Single Muff Headsets 8 - Beyer DT-109 Dual Muff Headsets 3 - Daltec Talent Talkback Boxes 2 - CBT Talent Talkback Boxes 6 - Motorola Walkie Talkies with Base Station Lucent Partner II Phone System - 10 lines 2.27 Power Distribution to include the following: 1 -208V Power Distro Breakout All feeder cable and tie-ins 2.28 Vendor shall provide all cable, accessories and parts to operate all equipment provided to include the following: Support Equipment: Gray Engineering Time Code Reader / Generator 8 - Leitch Digibuss NTSC to SDI Frame Sync 6 - Leitch Digibuss 601 SDI to NTSC Decoders 2 - Grass Valley 8900 Series SDI 601 / Frame Synchronizers 12 - Grass Valley 8900 Series SDI 601 to NTSC Decoders 18 - Grass Valley 8900 Series NTSC to SDI Frame Sync 2 - FOR-A 4360 Analog Color Corrector 2 - DPS 465 Frame Sync 2 - Quad Split Generator 3 - Outboard PESA Router Heads 1 - Frequency Agile TV Modulator 1 - Frequency Agile TV Demodulator 2 - DSS Receiver 1 - Light Kit Cable: 10 - 500ft. Mini-Triax 10 - 250ft. Mini-Triax 10 - 100ft. Mini-Triax 2 - 500ft. DT-12 Audio Mult 6 - 250ft. DT-12 Audio Mult 6 - 100ft. DT-12 Audio Mult 4 - 125ft. 5-wire Coax Loom 1 - 250ft. 10- wire Coax Loom 1 - 100ft 6-wire triax harness 5 - Triax Coax Adapters (sets) 150ft. Power Cable Assorted Single line Coax & XLR cables Outboard Monitors: 6 ? 13 inch Color Monitors 6 ? 9 inch Color Monitors 1 ? 9 inch B&W Monitor 3.0 VIDEO LABOR CALL TO INCLUDE THE FOLLOWING: 2 ? maintenance operators, one who is the truck E.I.C. 6 ? Cameramen (who have proven experience with this type of program) 1 - Tape Operator 1-Audio Operator (added) 1 - Camera Shader 1 - Technical Director/Video Switcher 4.0 AUDIO EQUIPMENT 4.1 Vendor shall provide the following industry standard professional quality recording equipment or equal (see suggested list below). The vendor shall submit all technical specification of any or equal substitutions to the USAF Band for approval prior to acceptance of bid. 4.2 Audio Production Truck 4.21 Audio Production to consist of the following: 1-48 foot by 8 foot 6 inch Production Trailer 1-96 input SSL AXIOM MT + Digital Console 1-96-input Fiber optic Mic Preamps on stage with dual transformer splits Truck has 5 incoming video line plus genlock all with humbuckers 4.22 Recording Systems to include the following: 1- 64 Input 64 Output 24 Bit Pro Tools HD Accel System / Mac G5 8 - Tascam DA 78/98 24 Bit 8-track Digital Recorders with a Euphonix FC 727 format converter Linked to form a 64 track 24 Bit machine 1 - Studer D 827 48-track 16 Bit Digital Recorder and (2) Tascam DA 88 8 track 16 Bit Digital Recorders w/sync cards Linked to form a 64-track 16 Bit machine 2 - HHB 800 Series CD Recorder/Players 2 - Panasonic 3700 DAT Recorders 1 - Tascam MkII Cassette Decks 4.23 Monitors to include the following: Monitors - Audio 5 - Genelec 1031A with 1092A Subwoofer Surround Sound 5.1 Monitoring 2 - Yamaha NS10-M 2 - Urei 815C Monitors - Video 1- 25 inch Sony Color Monitor 3 ? 19 inch Toshiba Color Monitors 1 - Sony DXC 3000 Color CCD Camera 4.24 Blank Tape Stock to consist 4 GTKey400 Glyph Drives. Tape stock may vary. Vendor shall provide all necessary. 4.25 Microphones and Stands shall consist of an assortment of the following: Subject to change as instrumentation changes. Shure, Sony, Crown PZM, Sennheiser, Beyer, AKG, Neumann, EV, Audix 25 - AKG black stands w/ booms 4 - AKG large black stands w/ booms 2 - Keith Monk stands w/ booms 4.26 Communications to include the following: 1 - RTS multi-channel PL Communications 3 - Phone lines (modular jacks) 2 - ICOM Walkie Talkies 4.27 Power Distribution to include the following: 1 -208V Power Distro Breakout Truck carries 300' of entertainment power cable with camlock E1016 connectors All technical systems are single phase transformer isolated, regulated & fed to multiple battery backup UPSs 4.28 Vendor shall provide all cable, accessories and parts to operate all equipment provided to include the following: Outboard Gear: TC 6000 5.1 surround sound reverb & effects Eventide H 3000 (fully loaded) Lexicon 224 XL Reverb Yamaha Rev 7 TC M2000 Studio Effects Processor Sony VHS Hi-Fi Video Player/Rec TC 2290 Sampler/Multi-Effects TC Finalizer Plus Neve 83056 Discrete Limiter/Compressors Cipher Digital 750 Time Code Reader/Gen/Ins Urei LA 1176 Urei LA 4 DBX 166A Cable: 50 - 20' XLR Mic cables 50 - 50' XLR Mic cables 10 - 100' XLR Mic cables 2 - 100' 6-pair cables 2 - 50' 11-pair XLR cable 2 - 100' 11-pair XLR cable 200' 11-pair XLR cable 300' 11-pair XLR cable 100' 5-line BNC video cable 10 - 100' single-line BNC video cables 1000' Fiber optic stage snake 5.0 AUDIO LABOR CALL TO INCLUDE THE FOLLOWING: 1 - Engineer 1 - Tape Operator 1 ? Audio Stagehand 6.0 HOURS OF OPERATION/SCHEDULE: 6.1 The tentative production schedule is as follows: Taping: 29JUN07 Load-In 0700-1200 / Rehearsal 1300 -1800 / End of Day 1800 30JUN07 Rehearsal 0900-1400 / Dress Rehearsal and Taping 1500 / Show and Taping 2000 / Load-Out 2230 Post Production: 23 JUL 07 Editing Video/Audio Sync etc. (5 days) 27 JUL 07 Final Masters Due to USAF Band 7.0 GENERAL INFORMATION 7.1 Vendor shall perform the service at the Strathmore located in North Bethesda Maryland.. All daily times and the production meeting shall be coordinated with MSgt Jeb Eaton (202) 767-4095. All prospective vendors shall ensure they can meet the daily schedule prior to placement of bid. All vendors shall attend a production meeting at Bolling AFB within a 24 hour notification period to discuss the production. 8.0 POST PRODUCTION Vendor to provide non-linear edit suite (Avid Symphony or similar) with experienced editor to assemble this program and out-put a digital betacam master that meets or exceeds PBS tech specifications which can be found at: http://www.pbs.org/producers/redbook Post Production editing shall be complete by 27JUL07. Graphics shall be provided and final packaging including closed captioning is not the responsibility of the post production vendor. QUALITY ASSURANCE. In accordance with FAR 52.212-4(a) Inspection /Acceptance, the government will evaluate the contractors performance under this contract. GOVERNMENT REMEDIES. The contracting officer shall follow FAR 52.212.4, Contract Terms and Conditions Commercial Items (FEB 2002), for contractors failure to perform satisfactory services or failure to correct nonconforming services. INSPECTION AND ACCEPTANCE TERMS: Supplies will be inspected at destination/government, accepted at destination/government. FAR PROVISIONS: The provisions at 52.212-1, Instructions to Offerors-Commercial Items are hereby incorporated. Addendum to FAR Provision 52.212-1 applies to this acquisition is as follows: 52.237-1, 52.252-1: 52.252-5: (b) DFARS (Chapter 2). In accordance with 52.212-1 (h) multiple awards will be considered if determined to be most advantageous to the Government. EVALUATION PROCEDURES: The Government will select the best overall offer based on technical capability, past performance and price. Technical capability will be evaluated from the submitted examples. Examples should display creativity and flexibility needed to properly capture and edit both the audio and video product of a live musical. Proposals shall be rated as follows: ?Exceptional?, exceeds specified minimum performance or capability necessary for acceptable contract performance, ?Acceptable?, meets specified minimum performance or capability necessary for acceptable contract performance, ?Marginal?, does not clearly meet some specified minimum performance requirements necessary for acceptable contract performance or ?Unacceptable?, fails to meet specified minimum performance or capability requirements. Past performance will be evaluated using the reference questionnaires. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer, conforming to the solicitation; will be the most advantageous to the Government in accordance with the requirement. Only those offerors determined to be in compliance with the requirements as stated in this solicitation will be considered for award. If additional information is required to support price reasonableness, each offeror may be requested to provide a hard copy of their price break-down. Non-conformance with this requirement may result in offeror?s quote being determined unacceptable. Offeror must include, with its offer, a completed copy of provision FAR 52.212- 3, Offeror Representations and Certifications-Commercial Items in full text. FAR 52.212-3 can be obtained from http://farsite.hill.af.mil or from http://orca.bpn.gov if registered in ORCA (online Representation and Certifications application). FAR CLAUSES: The clause at 52.212-4, Contract Terms and Conditions-Commercial Items is hereby incorporated. Addendum to FAR Clause 52.212-4 applies to this acquisition, specifically the following cited clauses: 52.204-9, 52.209-6, 52.223-5, 52.223-6, 52.224-1, 52.224-2, 52.232-1, 52.252-2: http://farsite.hill.af.mil , 52.252-6: (b) DFARS (Chapter 2), 52.253-1, 252.204-7003, 252.204-7004 ALT A, 252.212-7001, 252.223-7006, 252.232-7003, 252.232-7010, 252.243-7001, 5352.223-9001, 5352.242-9000, 5352.201-9101 and 5352.223-9001. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Status of Executive Orders-Commercial Items apply to this acquisition, specifically, the following cited clauses: 52.219-6, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-41, 52.225-3, 52.232-33, 52.233-3, and 52.233-4. All responses (proposals or offers) must be received by mail, email, or facsimile no later than 3:00 P.M. EST on 19 June 2007 to 11th CONS/LGCO, 110 Luke Ave, Bldg 5681, Bolling AFB, DC 20032. An official authorized person to bind your company shall sign the offer. To be eligible for an award, all contractors must be registered in the Central Contractor Registration (CCR). A contractor can contact the CCR by calling 1-888-227-2423. Questions concerning this solicitation should be addressed to TSgt Kamesha Johnson, Contract Specialist, Phone (202) 404-7953, FAX (202) 767-7887, E-mail to: kamesha.johnson@bolling.af.mil or Ms. Vivienne Clarke, Contracting Officer, Phone (202) 767-8039, FAX (202) 767-7887, E-mail to: vivienne.clarke@bolling.af.mil.
 
Place of Performance
Address: The Music Center at Strathmore, 5301 Tuckerman Lane, North Bethesda, MD
Zip Code: 20852
Country: UNITED STATES
 
Record
SN01316613-W 20070614/070612221115 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.